Request For Proposals - Environmental Incentives

Transcription

Request for ProposalsRFP- Environmental Services Support Contract – 2021 - 04Activity Title: Amazon Regional Environment Program Video ProductionIssuance Date: October 25, 2021Deadline for Receipt of Questions: November 5, 2021, at 5:00pm ESTClosing Date and Time: November 19, 2021, at 5:00pm ESTIssuance of this RFP does not constitute an award commitment on the Environmental Incentives, LLC., nor does it commit EI topay for any costs incurred in preparation or submission of comments/suggestions of a proposal. Proposals are submitted at therisk of the offerors. All preparation and submission costs are at the offeror’s expense.

RFP- Environmental Services Support Contract – 2021 - 04Table of Contents1.INTRODUCTION .32.BIDDER’S QUALIFICATIONS .33.RESERVED .34.SUBMISSION OF PROPOSALS .35.QUESTIONS AND CLARIFICATIONS.36.PROPOSALS PREPARATION INSTRUCTIONS .47.EVALUATION CRITERIA .68.TERMS OF PAYMENT .79.DUNS NUMBER AND SAM.GOV REGISTRATION .710. NEGOTIATIONS.711. MULTIPLE AWARD/NO AWARD .7ATTACHMENT A – TECHNICAL SPECIFICATION .8ATTACHMENT B – DETAILED BUDGET . 111ATTACHMENT C – REPRESENTATIONS AND CERTIFICATIONS . 122ATTACHMENT D – CLAUSES INCORPORATED BY REFERENCE 13ATTACHMENT E – SPECIAL CONTRACTING REQUIREMENTS 17Page 2 of 28

RFP- Environmental Services Support Contract – 2021 - 04Page 3 of 281. INTRODUCTIONThe purpose of this RFP is to provide the Amazon Regional Environment Program (AREP) Video Production within the Scope ofWork (SOW) specified in the Attachment A – Technical Specification for the Amazon Regional Environment Program VideoProduction funded by USAID and implemented by Environmental Incentives, LLC. EI anticipates a Time and Materials (T&M)type IQS for this scope of work.2. BIDDER’S QUALIFICATIONSBidder must provide the following information and references to be qualified for the procurement process:1. Company’s information, including official registered title, type of business, address, and contact person information.2. A short description of the company and of past similar experience in providing the services described in the Attached A– Technical Specification.3. Overall technical approach to fulfill the specifications defined in Attachment A – Technical Specifications.4. Certification that company (nor any subcontractor engaged by the company for this project) is not owned or controlledin total or in part by any entity of any government.5. The Offeror shall complete and sign the Representation and Certifications found in Attachments C to this document andinclude them with the Offeror’s proposal. Proposals that do not include these certifications will not be considered.3. RESERVED4. SUBMISSION OF PROPOSALSAll proposals are due by November 19, 2021, no later than 5:00pm EST local time in the United States. Proposals must besubmitted to Nav Bhattarai, LAC Portfolio Operations Associate, via e-mail at the address nbhattarai@enviroincentives.com inthe following formats: Adobe Acrobat and Microsoft Word and/or Excel.All proposals must fully respond to the Technical Specifications enclosed as Attachment A, and must include quotes in the formatprovided in the Attachment B – Budget. Proposals received after the above-stated due date and time will not be considered forthis procurement.5. QUESTIONS AND CLARIFICATIONSAll questions or clarifications regarding this RFP must be in writing and submitted, in English, to Nav Bhattarai atnbhattarai@enviroincentives.com by November 5, 2021, no later than 5:00pm EST in the United States. Questions and requestsfor clarification, and the responses thereto, will be circulated to all RFP recipients.Only written answers from Environmental Incentives, LLC will be considered official and carry weight in the RFP process andsubsequent evaluation. Any answers received outside the official channel, whether received verbally or in writing, fromemployees or representatives of Environmental Incentives, LLC, or any other party, will not be considered official responsesregarding this RFP.

RFP- Environmental Services Support Contract – 2021 - 04Page 4 of 286. PROPOSALS PREPARATION INSTRUCTIONSAll Offerors must follow the instructions set forth herein to be qualified for the procurement process. If an Offeror does notfollow the instructions set forth herein, the Offeror’s proposal may be eliminated from further consideration or the proposal maybe downgraded and not receive full credit under the applicable evaluation criteria.Separate Technical and Cost Proposals must be submitted. All proposals should be submitted in English.Technical ProposalThe technical proposal (excluding CVs) shall not exceed four (4) pages. Available points for each evaluation factor are given below.Offerors must address each evaluation factor.The suggested outline for the technical proposal is stated below:A. Organization’s Information1. Organization’s information, including official registered title, type of business, list of offices if applicable, address,telephone, fax and website.2. Organization’s DUNS number3. Authorized point of Contact with phone number(s) and email address4. Experience of the firm of at least 5 years in the public and private sectorB. Technical CapabilityDescription of organization, including of activities/qualifications carried out similar to the scope of work requested including aportfolio of video work and/or audio assets presented in multi-languages (English, South American Spanish, Brazilian Portuguese).Offerors are encouraged to provide work samples from the South American region.C. Technical ApproachPresent a narrative that describes how the Offeror would implement the tasks identified in the scope of work. This narrative mustalso include a management approach which describes how the Offeror will manage the pre-production, production, postproduction and 508 compliance 1 aspects of video production for delivery of the services. The narrative should also present howthe Offeror will interact with Environmental Services Support Contract, noting that the service provider will work under themanagement of the Contract and a USAID/AREP Lead will provide overall direction to ensure a successful process.Information which the Offeror considers proprietary, if any, should be clearly marked “proprietary” next to the relevant part ofthe text and it will then be treated as such.D. Proposed StaffPresent a narrative that includes the following:1. Team composition (names, specialties/area of expertise, position/role, etc.), with detailed bios, and task assignmentsto perform the activities described in the SOW.1Section 508 requires that the federal government procure, create, use and maintain Information and Communications Technology that is accessible to people withdisabilities, regardless of whether or not they work for the federal government

Page 5 of 28RFP- Environmental Services Support Contract – 2021 - 042. Curriculum Vitae (CV) for all labor categories named in the Attachment A. (CVs shall be limited to 3 pages each) thatdescribes their experience and lists the following:a. Affiliation/Organizationb. Education (please note a minimum of an associate’s degree is required for all proposed personnel)c. Years of Professional Experienced. Relevant Experience to the SOW in this RFPe. Fluency in English, Spanish, PortugueseE. Company Past PerformanceBidders should provide a summary of relevant studies or other assignments including the Title, Client, Date and a briefdescription. The qualifications section is limited to 5 of the most relevant studies or other assignments performed in the last 5years, presented in the following table format. Please note that EI will be reaching out to the organizations listed for references.Title ofAssignmentDescription of theassignment and servicesprovidedClient NameClient Contact Information(phone no./address)Dates of ExecutionFinancial ProposalA. Detailed BudgetBidder shall complete the Attachment B - Budget to allow Environmental Incentives, LLC to compare all quotes and make acompetitive selection. The budget should be provided in Excel format with unlocked cells.A price must be provided for each project task to be considered compliant with this request. The price proposal should includethe individual line items shown in the template, e.g., fully-burdened daily rates, travel costs, and other direct costs. Offers mustshow unit prices, quantities, and total price. All items, services, etc. must be clearly labeled and included in the total offeredprice.The price proposal shall also include a budget narrative that explains the basis for the estimate of every cost element or line itemand present estimated LOE for each of the four identified tasks (1. Pre-production; 2. Production; 3. Post-Production; 4. 508Compliance) for video production including audio assets. Note that providers are encouraged to gather multiple angles of videofootage within a single international travel trip.Supporting information must be provided in sufficient detail to allow for a complete analysis of each cost element or line item.Environmental Incentives, LLC reserves the right to request additional cost information if the evaluation committee has concernsof the reasonableness, realism, or completeness of an Offeror’s proposed price.

Page 6 of 28RFP- Environmental Services Support Contract – 2021 - 04The total estimated cost for this activity is between 450,000 - 500,000.Bidder shall provide unit pricing in local USD. Prices quoted in this document shall be valid for a 60-day time period, include alltaxes and other costs and the VAT tax originated in the United States.B. 1420 Forms for the proposed personnelFor each staff member proposed, the Offeror shall submit a completed and signed USAID 1420 forms.USAID form 1420 can be downloaded here: https://www.usaid.gov/forms/aid-1420-17C. Proposed Billing Rates CertificationDocument on company letterhead certifying the labor rates being proposed are standard rates and have been previously billedto clients for similar work.D. Representations and CertificationsThese documents can be found in Attachments C of this RFP and must be submitted as part of the Cost Proposal.Under no circumstances may cost information be included in the technical proposal. No cost information or any prices, whetherfor deliverables or line items, may be included in the technical proposal. Cost information must only be shown in the costproposal.7. EVALUATION CRITERIAAward will be made to the bidder representing the best value in consideration of past performance, qualifications, and pricefactors. Technical criteria are more important than cost, although prices must be reasonable and will be considered in theevaluation. Bidders are encouraged to provide a discount to their standard commercial rates.Environmental Incentives, LLC reserves the right to conduct discussions with selected bidder(s) in order to identify the best valueoffer. Award of any resulting Subcontract Agreement shall be made by Environmental Incentives, LLC on a best value basis.Environmental Incentives, LLC reserves the right to request a test assessment from bidders to assess their qualifications.The submitted technical information will be scored by an evaluation committee using the following technical evaluation criteria1) Technical Capability; 2) Technical Approach; 3) Proposed Staff and 4) Company Past Performance. Given the specific expertiserequired to perform the services in question only bids with a technical score of 50 points or more will be considered for evaluationof their cost proposals. Proposals will be scored on a 100-point scale. Available points for each evaluation factor are given below.Technical Proposal (100 points)Evaluation Criteria for Technical ProposalI.Technical CapabilityII.Technical ApproachIII.Proposed StaffIV.Company Past PerformanceTOTALPoints40302010100

RFP- Environmental Services Support Contract – 2021 - 04Page 7 of 28Cost ProposalThe cost proposal will not be given a numerical score but will be evaluated for realism and reasonableness of prices as part ofthe best value determination. A “best value” offer is one that provides the most advantageous solution considering both technicaland cost factors. If EI determines that technical proposals are essentially equal, cost factors may become the deciding factor inthe selection process. However, please note that the budget for the activity is limited, so the best value analysis will take intoaccount budget limitations and reasonability of budgets proposed.Bidder should submit a detailed budget reflecting the cost of completing the scope. Bidders shall complete the Attachment B –Budget. Labor rates quoted in this document shall be fully-burdened with all indirect costs, taxes and fee, if any. The period ofperformance is from December 1, 2021 (estimated start date) through August 14, 2021.Environmental Incentives, LLC reserves the right to conduct discussions with selected bidder(s) in order to identify the best valueoffer. Award of any resulting Subcontract Agreement shall be made by Environmental Incentives, LLC on a best value basis, withevaluation of proposed price as well as proposed services and implementation schedule.8. TERMS OF PAYMENTPayment terms for the awarded Subcontract Agreement shall be after satisfactory completion and acceptance and of servicesand deliverables. Payment shall be made when Environmental Incentives is paid by the client, as per the EI Pay When Paid Policy.Payment shall be made by Environmental Incentives, LLC via bank wire transfer. No advance payments will be provided.9. DUNS NUMBER AND SAM.GOV REGISTRATIONIf the proposed subcontract is above 30,000, the successful bidder will be required to furnish a DUNS number and proof ofSAM.gov registration within 24-48 hours of notice of award. Information regarding obtaining a DUNS number may be foundhere: https://fedgov.dnb.com/webform10. NEGOTIATIONSBest offer proposals are requested. It is anticipated that a subcontract will be awarded solely on the basis of the original offersreceived. However, Environmental Incentives, LLC reserves the right to conduct discussions, negotiations and/or requestclarifications prior to awarding a subcontract. Furthermore, Environmental Incentives, LLC reserves the right to conduct acompetitive range and to limit the number of offerors in the competitive range to permit an efficient evaluation environmentamong the most highly-rated proposals. Highest-rated offerors, as determined by the technical evaluation committee, may beasked to submit their best prices or technical responses during a competitive range.11. MULTIPLE AWARD/NO AWARDEnvironmental Incentives, LLC reserves the right to issue multiple awards. Environmental Incentives, LLC also reserves the rightto issue no awards.

Page 8 of 28RFP- Environmental Services Support Contract – 2021 - 04ATTACHMENT A – TECHNICAL SPECIFICATIONTECHNICAL SPECIFICATIONSCOPE OF WORK: Amazon Regional Environment Program Video Production (AREP)PERIOD OF PERFORMANCE: December 1, 2021 (estimated start date) through August 14, 2024PLACE OF PERFORMANCE: Video pre-production and production will be conducted throughout South America and video postproduction will be undertaken remotelyAREP Video ProductionDESCRIPTIONEnvironmental Incentives’ mission is to enhance the natural systems that sustain resilient and healthy communities. We designperformance-driven approaches to conservation that empower public and private sector leaders to multiply their impact. Weare environmental thought leaders pioneering a new wave of conservation, helping people get the most from their investmentsin the environment. Since our establishment in 2004, we have become a leading advisor on natural resource programs andpolicies across the country and internationally. Environmental Incentives is a certified B Corporation with three offices acrossthe United States (South Lake Tahoe, CA, Washington, DC, and Denver, CO).Latin America and the Caribbean Environment Services Support Contract (ESSC) provides demand-driven technical and logisticalsupport services in program and activity design, implementation, management, evaluation, communications, andenvironmental compliance for LAC regional and bilateral environment, natural resource management, resilience, and energyprograms. Under this contract, EI and its partners provide a suite of services to support local engagement and evidence-basedsolutions to regional challenges in the energy and environment sectors, including biodiversity conservation, water, combatingconservation crime, compliance, natural resource management, and resilience (sustainable landscapes, climate riskmanagement).As part of these services, ESSC provides communications support to highlight USAID’s activities and results under its AmazonRegional Environment Program (AREP), which centers on protecting the environment and biodiversity across the Amazon. ESSCworks with AREP to support learning and collaboration on Amazon issues and interventions among USAID missions in theAmazon and other internal and external key stakeholders, and to disseminate information around environment-relatedtrends, challenges and innovations in the Amazon.USAID/AREP has requested ESSC produce short videos of between 2-4 minutes in length that discuss regional environmentalchallenges, USAID interventions in the region, and actionable steps for the viewers to become involved in supporting theenvironment. Video messaging will be geared towards building awareness on protecting key landscapes and species;decreasing deforestation, forest degradation and greenhouse gas emissions; fostering an environmentally friendly economy;and securing the rights, resources and health of forest-dependent communities. Intended audiences may vary between thegeneral public and internal USAID, USG, and Agency partners.STATEMENT OF WORKThe service provider will produce a series of videos in addition to audio assets (ie. podcast, radio spots, etc.) that will involveleading video pre-production, production and post-production activities. This process will include scoping the product details,creating the storyboard and review, video production and review, and post-production and review. The service provider willalso provide a distribution plan to support the dissemination of the video/audio products, identifying media outlets and online

RFP- Environmental Services Support Contract – 2021 - 04Page 9 of 28platforms that can publish, broadcast or post the content. LAC ESSC will provide overall direction of the service provider toensure a successful production process.Activity 1 – Pre-productionIn collaboration with ESSC, the service provider will develop a draft storyboard for each video. The provider will share the draftfor input from the ESSC and USAID team. Upon approval, the provider will begin to use the storyboard in production of eachvideo. Specific tasks include: Determining scope of product Scripting and storyboarding Book on-screen talent or narrators Choose any music needed Engaging animator, if needed Shot list (this may involve shooting new video or photos and/or gathering stock or existing photos and video resources) For live shoots create a production schedule: Determine locations and timing Travel arrangements Hiring local crewActivity 2 - ProductionThe service provider will start with the English language version first and use the English narration recording as the base. SouthAmerican Spanish and Brazilian Portuguese narration tracks will be recorded. Voiceovers should be submitted with threeoptions to choose from per language. The service provider should budget up to five two-week international trips for twoindividuals. Providers should demonstrate their ability to work in the South America region. Specific tasks include: Using existing visual resources: Gather needed resources Record narration Field production if gathering new video or photos: Ensuring all the necessary production equipment is in place Obtaining release forms from anyone who may appear in shotsActivity 3 – Post-productionWith the b-roll selected, narration tracks recorded and music ready for editing, the service provider will produce an Englishlanguage rough cut with simple animation for review. Upon receipt of feedback, the provider will produce a second draft (finecut) that will incorporate more complex animations. The third, final cut will incorporate all feedback and we will use thisapproved version to produce the Spanish and Portuguese versions. Using gathered video resources create video for review Adding in any narration, animation, or other additional assets Balance audio Balance lightingActivity 4 – 508 Compliance

RFP- Environmental Services Support Contract – 2021 - 04Page 10 of 28Videos may include captions in English, Spanish and Portuguese to ensure 508 compliance. ESSC will inform the serviceprovider of which captions are to be applied. Create captioning file containing the video text and timecodes to ensure the video can be posted meeting 508compliance, such as SubRip (.srt), WebVtt (.vtt), DFXP/TTML (.dxfp), Scenarist (.scc), or SAMI (.sami)LANGUAGE REQUIREMENTSVideos may be in English, South American Spanish and/or Brazilian Portuguese depending on the request and may includeclosed captioning depending on the client request.

Page 11 of 28RFP- Environmental Services Support Contract – 2021 - 04ATTACHMENT B – DETAILED BUDGETPROPOSED DETAILED BUDGETSee Attachment B for the Time and Material budget template.Table 1 – Rate SheetProposed PersonnelProposed LaborCategoryHighest EducationalQualificationsYears of ProfessionalExperienceRatePrices quoted must be valid for 60 days and account for ALL remuneration, per diem, travel, communications, video productionand other out-of-pocket expenses, taxes and other costs, but including the VAT tax that may be originated in South America. Onthis basis Environmental Incentives, LLC will issue a Time and Material Indefinite Quantity Subcontract, and payment shall bebased upon acceptance of services and deliverables described in the Attachment A.

Page 12 of 28RFP- Environmental Services Support Contract – 2021 - 04ATTACHMENT C – REPRESENTATIONS AND CERTIFICATIONSBidder Representations and Certifications1.Organizational Conflict of Interest RepresentationThe offeror represents, to the best of its knowledge and belief, that this award:does [ ] or does not [ ] involve an organizational conflict of interest.Please see FAR 52.209-8 for further explanation.2.Data Universal Numbering System (DUNS) Number (required if cost proposal is more than USD 30,000)(Please use one box per number or dash)3.(i)Source and Nationality of Goods and CommoditiesThis is to certify that the Bidder is:a. an individual who is a citizen or legal resident of.b. a corporation of partnership organized under the laws of.c. a controlled foreign corporation of which more than 50% of the total combined voting power of all classes ofstock is owned by United States shareholders; ord. a joint venture or incorporated association consisting entirely of individuals, partnerships or corporations. If so,please describe separately the citizenship or legal status of the individuals, the legal status of the partnership orcorporations, and the percentage (%) of voting power of the corporations.(ii)This is to certify that the Source (the country from which a commodity is to be shipped from) of the Equipment to besupplied under this Order is:name of country or countriesBy signing below, the Bidder certifies that the representations and certifications made, and information provided herein, areaccurate, current, and complete.Signature:Name of and title of authorizedsignature:Date:

Page 13 of 28RFP- Environmental Services Support Contract – 2021 - 04ATTACHMENT D – CLAUSES INCORPORATED BY REFERENCED.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCEThe following contract clauses pertinent to this section are hereby incorporated by reference (byCitation Number,Title, and Date) in accordance with the clause at FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE" in theGSA contract.See http://acquisition.gov/far/index.html for electronic access to the full text of a clause.FAR: https://www.acquisition.gov/far/AIDAR: ITLEDATEFEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)52.217-8OPTION TO EXTEND SERVICESNOV 199952.243-3CHANGES - TIME-AND-MATERIALS OR LABOR-HOURSSEP 2000AIDAR (48 CHAPTER 7)752.202-1DEFINITIONSJAN 1990752.209-71 ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVEREDAFTER AWARDJUN 1993752.211-70 LANGUAGE AND MEASUREMENTJUN 1992752.219-70 USAID MENTOR-PROTÉGÉ PROGRAMJUL 2007752.222-71 NONDISCRIMINATIONJUN 2012752.227-14 RIGHTS IN DATA-GENERALOCT 2007752.228-3WORKER'S COMPENSATION INSURANCE(DEFENSE BASE ACT)752.228-7INSURANCE—LIABILITY TO THIRD PERSONSDEC 1991JUL 1997

RFP- Environmental Services Support Contract – 2021 - 04752.228-9CARGO INSURANCE752.228-70 MEDICAL EVACUATION (MEDEVAC) SERVICESPage 14 of 28DEC 1998JUL 2007752.242-70 PERIODIC PROGRESS REPORTOCT 2007752.252-2AIDAR CLAUSES INCORPORATED BY REFERENCEMAR 2015752.7004EMERGENCY LOCATOR INFORMATION752.7005SUBMISSION REQUIREMENTS FOR DEVELOPMENTJUL 1997EXPERIENCE DOCUMENTSSEP 2013752.7006NOTICESAPR 1984752.7009MARKINGJAN 1993752.7025APPROVALSAPR 1984

Page 15 of 28RFP- Environmental Services Support Contract – 2021 - 04752.7027PERSONNEL752.7032INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATIONDEC 1990REQUIREMENTSAPR 2014752.7033PHYSICAL FITNESSJUL 1997752.7034ACKNOWLEDGEMENT AND DISCLAIMER752.7038NONDISCRIMINATION AGAINST END-USERS OF SUPPLIESOR SERVICESDEC 1991OCT 2016D.2 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (JAN 2017) (Deviation M-OAA-DEVFAR-18-1c)(a) * * * * * * * *(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with31 U.S.C. 1352relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relatingto officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87,Kickbacks; 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C.chapter 21 relating to procurement integrity. * * * * *”D.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS—COMMERCIAL ITEMS(NOV 2017) (DEVIATION M-OAA-DEV-FAR-18-1C)(a) * * *(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicatedas being incorporated in this contract by reference to implement provisionsof law or Executive orders applicable toacquisitions of commercial items:[Contracting Officer check as appropriate.]X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), withAlternate I (OCT1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C.3509).

RFP- Environmental Services Support Contract – 2021 - 04(3) 52.203-15, Whistleblower Protections under the American Recovery and ReinvestmentAct of2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery andReinvestment Act of 2009.)X (4) 52.203-17, Contractor Employee Whistleblower Rights and Requirements to InformEmployees ofWhistleblower Rights. (April 2014 (DATE) (41 U.S.C. 4712) relating to Whistleblower Protections)].The paragraphs below are renumbered*****[END OF APPENDIX D]Page 16 of 28

RFP- Environmental Services Support Contract – 2021 - 04Page 17 of 28ATTACHMENT E – SPECIAL CONTRACTING REQUIREMENTSTo the extent any of the terms and conditions set forth in this Appendix E are inconsistent with those found in thebody of the Agreement, the terms and conditions of this Appendix E shall control.E.1AUTHORIZED GEOGRAPHIC CODE[Reserved]E.2ADS 302.3.5.10 ORGANIZATIONAL CONFLICTS OF INTEREST: PRECLUSION FROM IMPLEMENTATIONCONTRACT (SEP 2018) This contract requires the Contractor to furnish important services in support of thedesign of various LAC region programs and activities (the "Activity"). In accordance with the principles ofFAR Subpart 9.5 and USAID policy, the Contractor will be ineligible to furnish, as a Prime or Subcontractor orotherwise, the implementation services for the activity, unless the Head of the Contracting Activityauthorizes a waiver (in accordance FAR 9.503 and AIDAR 709.503) determining that preclusion of

Request for Proposals . RFP- Environmental Services Support Contract - 2021 - 04. Activity Title: Amazon Regional Environment Program Video Production Issuance Date: October 25, 2021 Deadline for Receipt of Questions: November 5, 2021, at 5:00pm EST Closing Date and Time: November 19, 2021, at 5:00pm EST Issuance of this RFP does not constitute an award commitment on the Environmental .